Loading...
HomeMy WebLinkAboutC2010-105 - 1/12/2010 - Approved2010-105 M2010-005 01/12/10 ' - Malek, Inc. S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R .MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT NO. 4378 ... a,,~~.~ve~1 - . ,~* ~~' ~ . a~~E 5656 S. Staples, nu! t.e 110 ~: d. .e.1. .• •..... .... >.. . • BR1/~1f11 `, ~~~~. '.~ Corpus .Christi, Texas 78911 ~JOBE g.'141AR71HEZ JR.~• ..~.... ........ ...> 9 Phone: 361/992-228.4 ».. .... ....~ ' •~~~ ..tax: 36i /992-2287 ` 89365 >,'kC-'i ~~~®, ~ ~~J~~ 0 ~4~°® A Texas Registered 70 •.~~ ~p.•j~;ir .~ ~'~~~!$'~K~d~° Engineering E'irm ~`CEN~'• G~~"' ~` •.....•• ~ ONA ~~ ~ f c2- / ~' v ~~ r z~/~~'/ G/ ~o ~s/ y ~, DEPARTMENT !}[' ENGICdEERiNG .SERVICES CITY OE COF,PUS CHRISTI, TEXAS Phone: 361/"080-3500 E'ax: 361i$80-3501 PROJECT N0: 43?8 ~1 DRAWING NU: PBG-750~~ (Revised 7/5/00) MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT NO. 4378 Table of Contents NOTICE TO BIDDERS {Revised 7/5/00} NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B {Revised 7/5/00) Workers Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials zz l~ zr're.~cQ~tz s c c (NOT USED ) A-18 Schedule and Sequence of Construction r ~ ~ ~ +- ~+~^ {NOT USED) A-20 Testing and Certification ~} 2} {NOT USED} A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds T ~S CM,=: T=:- ~'~-a..,,.,~:..~ (NO LONGER APPLICABLE) (6/11/98} {NOT. USED) _ r --___ A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents n 35 E~~~F~~~c~ L'^ ''+'° ° -~ °"" ~'-S (NOT USED) A-36 Other Submittals {Revised°9/18/00) r _ {NOT USED} A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates n ^r4-~terte`_a^___r, (NOT USED) A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26199) A-45 As-Built Dimensions and Drawings (7/5/00) n-"s~r , c v ~ t.., nt.,, ,. .,i- a ~:_..~ r~ ~~ ~~n~ (NOT USED} r ~ ~ ar-r n ^r n n .- (NOT USED) A-48 Overhead Electrical~Wires (~/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amend Prosecution and Progress PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS Division 1 SECTION 01100 - SUMMARY OF WORK SECTION 01101 - EQUIPMENT DOCUMENT REQUIREMENTS SECTION 01200 - PROJECT COORDINATION SECTION 01300 - SUBMITTAL PROCEDURES SECTION 01550 - CUTTING, PATCHING AND DEMOLITION WORK SECTION 01600 - MATERIAL AND EQUIPMENT SECTION 01700 - CONTRACT CLOSEOUT PART T - TECHNICAL SPECIFICATIONS Division 8 SECTION 08110 - STEEL DOORS AND FRAMES SECTION 08350 - SLIDING AUTOMATIC ENTRANCES SECTION 08710 - DOOR HARDWARE SECTION 09260 - GYPSUM BOARD SYSTEMS SECTION 09900 - PAINTING Division 15 SECTION 15010 - BASIC MATERIP_LS AND METHODS SECTION 15060 - MECHANICAL DEMOLITION FOR REMODELING SECTION 15140 - SUPPORTS AND ANCHORS SECTION 15190 - MECHANICAL IDENTIFICATION SECTION 15242 - VIBRATION ISOLATION SECTION 15260 - MECHANICAL INSULATION SECTION 15510 - HYDRONIC PIPING SECTION 15720 - AIR HANDLING UNITS SECTION 15830 - AIR DEVICES SECTION 15890 - DUCTWORK AND DUCTWORK ACCESSORIES SECTION 15940 - TESTING SECTION 15950 - DIRECT DIGITAL CONTROLS SECTION 15990 - TESTING, ADJUSTING, AND BALANCING Division 16 SECTION 16010 ELECTRICAL GENERAL REQUIREMENTS SECTION 1620Q ELECTRICAL DEMOLITION SECTION 16402 ELECTRICAL WIRING SYSTEMS SECTION 16443 MOTOR CONTROL CENTER SECTION 16470 PANELBOARDS SECTION 16496 NON-AUTOMATIC TRANSFER SWITCHES - LOW VOLTAGE LIST OF DRAWINGS 1 G1 LOCATION PLAN & DRAWING INDEX 2 D1 ROOF DEMOLITION PLAN 3 D2 NORTH WING DEMOLITION PLAN 4 D3 CENTER ADDITION DEMOLITION PLAN 5 D4 SOUTH WING DEMOLITION PLAN 6 D5 MECHANICAL BUILDING DEMOLITION PLAN 7 D6 MECHANICAL PIPING DEMOLITION PLAN 8 Al MAIN ENTRANCE MODIFICATIONS 9 A2 AUTOMATIC DOOR DETAILS 10 A3 CARPENTRY SHOP MODIFICATIONS 11 M1 ROOF MECHANICAL PLAN 12 M2 NORTH WING MECHANICAL PLAN 13 M3 CENTER ADDITION MECHANICAL PLAN 14 M4 SOUTH WING MECHANICAL PLAN 15 M5 MECHANICAL PIPING ENLARGED PLAN 16 M6 VAV PIPING PLAN 17 M7 CARPENTRY SHOP MECHANICAL PLAN 18 M8 MECHANICAL DETAILS 19 M9 MECHANICAL SCHEDULES 20 M10 CONTROL SCHEMATICS 21 E1 NORTH WING ELECTRICAL PLAN 22 E2 CENTER ADDITION ELECTRICAL PLAN 23 E3 SOUTH WING ELECTRICAL PLAN 24 E4 CARD ACCESS ENTRY LOCATIONS 25 E5 MECHANICAL BUILDING ELECTRICAL DEMOLITION PLAN 26 E6 MECHANICAL BUILDING NEW ELECTRICAL PLAN 27 E7 MECHANICAL BUILDING EXISTING ELEVATIONS 28 E8 MECHANICAL BUILDING NEW ELEVATIONS 29 E9 ELECTRICAL EXISTING ONE-LINE DIAGRAM 30 E10 ELECTRICAL NEW ONE-LINE DIAGRAM 31 E11 ACCESS CONTROL SYSTEM BLOCK DIAGRAM NOTICE AGRSFMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: MUSEUM 4F SCIENCE AND HISTORY HVAC/AIR HANDLING IINIT/CHILLER/GENERATOR AND FIRE/SECIIRITY REPAIRS AND/OR REPLACEMENT PROJECT NO. 4378 consists of Base Bid: Remove {3) multi-zone units and 1 constant volume unit and replace with 2 variable air volume units (VAV) with series fan powered terminal units, including new 18" roof curbs and roofing repair. Remove and replace (4) constant volume air handling units. Remove and replace clogged piping in the chilled and hot water piping. Install new exhaust hood for paint/work bench. Remove and replace electrical panels DPA, DPB, and a manual transfer switch in the main mechanical roam. Provide connections for temporary generator. Install new secure card access system for (4} storage areas. Install new insulated vestibule to reduce heat infiltration at rear roll-up door entrance to workroom. All systems complete and in place per lump sum. Add Alternate 1 (AA1) Upgrade fire alarm panel, related detectors and A/V devices complete and in place per lump sum. Add Alternate 2 (AA2): Remove (4) exit doors and replace with (4) automatic slide exit doors. Install new pedestrian handrail on main entry steps complete and in place per lump sum. in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 m. on Wednesday, November 4th, 2009, and then publicly opened an rea . Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., Wednesday, October 28th, 2009, and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fift and no/100 Dollars ($50.00} as a guarantee of their return in goo con ition within two weeds of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done Revised 7/5/00 and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type. of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS -- A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCH COVERAGE 3U-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates P8R OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage e. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITX $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term UIRED 0 NOT RE environmental impact for the. disposal of Q contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements REQUIRED ^ NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED NOT REQUIRED ra~c .i. v.i c. ^The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^The name of the project must be listed under "description of operations" on each certificate of insurance. ^For each insurance coverage, tl-_e Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City caith thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS -- B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative bode TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' C01~IPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBC)~TA PTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Btulding or Construction Projects for Governmental Entities (a) 'I he following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in The Texas Labor Code, if so defined. (1) Certificate of coverage (certificate}--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-8 i, TWCC-82, TWCC-83, or TWCG84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement} providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code; ~406.096(e}(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the. Texas Labor Code, X401.011(44). (S) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act}--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portable. toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insuxed that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: { 1) include in the bid specifications, all the provisions of paragraph (7) ofthis subsection, using the language required by paragraph (~) ofthis subsection; {2) as part ofthe contract, using the language required by paragraph (7} ofthis subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on fife for the duration of the project and for three years therea$er; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (~ use the language contained in the following Figure I for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers` compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no Later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5} retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6} notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to-the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8} contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E} obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and {ii) prior to the. end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain alt required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (I) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project; prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." {4) provide. the person for whom it is providing services on the project, prior to the end of the coverage period shotim on its current certificate of coverage, a new certif Cate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B} prior #o the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of I 1 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; {7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known ofthe change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; {B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end ofthe coverage period, a new certificate of coverage showing extension ofthe coverage period, if the coverage period shown on the current certificate of coverage ends during the duration ofthe project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i} a certificate of coverage, prior to the other person beginning work on the project; and {ii) prior to the end of the coverage period, a new certificate of coverage showing extension ofthe coverage period, if the coverage period shown on the current certificate of coverage ends during the duration ofthe contract; (F) retain al l required certificates of coverage on file for the duration of the project and for one -year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on.the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person. or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by taw to be advertised for bid- Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j}. {i} The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c}, and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January I, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1494, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T2 8S 110.310(d}(7) "REQUIRED WORKERS" COMPENSATION COV"ERAGE" "The law z•egzeires that each person tivorking on this site or providing sefvices related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other sezvice related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at .i12-440-3%89 to receive information on the legal requirement for coverage, to ver~~ tivhether your employer has provided the required coverage, or• to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(c}(7) Article .Workers' Compensation Insurance Coverage. g. Defttzitions: Certificate of coverage ("certificate')-.4 copy of a certificate of insurance, a certificate of authority to self-insure issued by the cornrnission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §40b. D96) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly lvith the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of arty entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets- B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01.1(44) for all employees of the contractor- providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current cer-tif cote of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certif cafe of coverage with the governmental entity showing that coverage has-been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity tivill have on frle certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage shativing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The conn^actor shall retain all required cer•tifccates of coverage for• the duration of the project and for one year (hereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, evithin 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner- prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be cover•ecl, and stating how a person may verb coverage and report lack of coverage. L The contractor shall contracttcally require each person with whom it contracts to provide services• on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements, which meets the statutory requirements. of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, far the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a ne~y certiftcate of coverage sholving extension of coverage, if the- coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a cer•tifrcate of coverage, prior to the other person beginning work an the project; arzd (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certiftcate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on~le for• the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew ar• should have known, of any change that materially affects the provision of coverage of any person providing services an the project,- and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' co»zpensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the cornmissiorz's Division ofSelf- Page l0 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach front the governmental entity. Page I I of 11 PART A SPECIAL PROVISIONS MUSEUM OF SCIENCE AND HISTORX HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACSMffi3T - PROJECT N0. 4378 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receivin Pro osals/Pre-Bid Meetin Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 .Leopard Street, until 2.00 p.m., Wednesday, November 4th, 2009. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - MUSEUM OF SCIENCB AND HISTORY HVAC/AIR HANDLING UNIT/CHILLSR/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT NO. 4378 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representative, V.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non-responsive if not is possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Wednesday, October 28th, 2009, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, Tx. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Descri tioa of Pro'ect BASE BID: Remove (3) multi-zone units and 1 constant volume unit and replace with 2 variable air volume units (VAV} with series fan powered terminal units, including new 18" roof curbs and. roofing repair. Remove and replace {4) constant volume air handling units. Remove and replace clogged piping in the chilled and hot water piping. Install new exhaust hood for paint/work bench. Remove and replace electrical panels DPA, DPB, and a manual transfer switch in the main mechanical room. Provide connections for temporary generator. Install new secure card access system for (4) storage areas. Install new insulated vestibule to reduce heat infiltration at rear roll-up door entrance to workroom. All systems complete and in place per lump sum. Section A - SP (Revised 12/15/04) Page 1 0£ 23 Add Alternate 1 (AA1): Upgrade fire alarm panel, related detectors and A/V devices complete and in place per lump sum. Add Alteraate 2 (AA2): Remove (4) exit doors and replace with. (4) automatic slide exit deors. Install new pedestrian handrail on main entry steps complete and in place per lump sum. A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds. 1. Total Base Bid 2. Total Base Bid + Alternate 1 Bid 3. Total Base Bid + Alternate 1 + Alternate 2 Bid The City reserves the right to accept and/or reject any or all bids in any combination, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public.. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ 8id Boad (Must reference REPLACEMENT - PROJECT NO. 4378 as identified is the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National. Bank will also be acceptable.) 2. Disclosure of .interests Statement A 6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 210 calendar days iacluding say Additive Alternate(s) if awarded. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer} may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Section A - SP (Revised 12/15/64) Page 2 of 23 A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. Tn accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates {Revised 7/5/00) Labor preference and wage rates for Buildings. •I~ ease e€ ...,~':~ r~e~rae~e~ shall use Lam:-gr~r ~a-~a~-mate Prevailing Waae Scales The Corpus Christi City Council has determined the general prevailing miniimun hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, v~rlanPxi, and mechanics employed by them in the execution of the Contract. 3'Y~ Contractor or subcontractor shall forfeit sixty dollars {$60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classificatian of work .performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by than in connection with the Project and shawi.ng the actual wages paid to each worker. S8Ct10II A - SP {Revised 12/15/.04) Page 3 of 23 The Contractor will make bi-weekly certified payroll sutmittals to the City Engineer- 'The Contractor will also obtain copies of such certified payrolls fran all subcontractors and others vnrking on the Project . 'These doc~unents will also be submitted to the City Engineer bi-weekly. (See sectior. for Minority/Minority Business Enterprise Participation Policy for additional requl.~-emP.nts concerning the proper form and content of the payroll sutmittals.) One and one-half (lyZ} times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 8-1-1, Definition of Terms, and Section B-7-6, Working Hours } A-11 CoopezatiC~ with Public Agencies (Revise3 7/5/00) The Contractor Shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of arty facility by using Dig Tess 1-800-344-8377, the Lone Star Notification Company at 1-800-669- 8344, and the Veri2on Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone rnsnbers are listed. City Engineer Project Engineer Esian Mende, P.E. BatYi Engineering, Inc. Traffic Engineering Police Department Water Department Wastewater ~zt Gas Department Storm Water alt Parks & Recreation Department Streets & Solid Waste Services AEP S B C City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ANSI {Fiber Optic} KMC (Fiber Optic} ChoiceCccn (Fiber Optic} CAPROCZC (Fiber Optic) Brooks Fiber Optic (MAN} 826-3500 361-992-2284 826-3540 882-1911 826-1880 {826-3140 after hours} 826-1818 (826-3140 after hours) 885-6900 (885-6900 after hours) 826-1881 {826-3140 after hours) 826-3461 857-1970 299-4833 (693-9444 after hours) 881-2511 (1-800-824-4424, after hours} 826-1946 826-1960 857-5000 (857-5060 after hours) 887-9200 (Pages 800-724-3624) 813-1124 (Pager 888-204-1679} 881-5767 (Pager 850-2981) 512/935-0958 (Mobile} 972-753-4355 A-12 Maiatanance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally. deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the Section A - SP (Revised 12/15/04) Page 4 of 23 utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flamed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The- Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Squipmeut Spillage and Trackin The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation sad Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. Section A - SP (Revised 12/15/04) Page 5 of 23 All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broker. culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to contractor. A-17 Field Office NOT IISBD A-i8 Schedule and Sequeace of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three ( 3 ) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A 19 Construction Project Layout and Control _(NOT IISED) .. ~ ., l .. F a. L... .-L ' Section A - SP (Revised 12/15/04) Page 6 of 23 the Er~y e~' Ce~st~lta~t `~~eTeet En ----Q ~ a ~ -, t-; 6~3 ~€-~--~:G , r , , ~ 'n~z_ In ~ F i- F i- ......., ... > _ n h '7 ~t~e~--fq 6ia ~ ~ ne' ~v ~,~zryf'~C, S-$~--stz-cc~6~E3 a ~ B e r ~• ~ ° •• ~ i -,rr'1cr~c c~-crci~di~ ~- e33 a ~ 8 8 , a. -, , - r.,....,.,. . A-20 Testiag and Certification All tests required under this laboratory selected by the City will be borne by the City. In be done over after corrective retesting will be borne by th the Contractor. item must be done by a recognized testing Engineer. The cost of the laboratory testing the event that any test fails, that test must measures have been taken, and the cost of e Contractor and deducted from the payment to The Contractor must provide all applicable certifications to the City Engineer. Section A - SP (Revised 12/15/04) Page 7 of 23 A-21 Project Signs {NOT U5ED) - - A-22 Minorit /Minorit Business Ente rise Partici ation Polic (Revised to/3e) 1. Polic It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person{s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women. are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: ], . Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. {b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s}. Section A - SP tReviaed 12115/04) Page 8 of 23 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enter rp ise: A sole proprietorship that is owned and controlled by a woman, a partnership at least .51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business ffitexprise (Percent} Participation (Percent} 45 ~ 15 ~ b. These goals are applicable to all the construction work (regardless of federal participation} performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. Section A - SP (Revised 12/15/04) Page 9 of 23 b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. .Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspectioa Required (revised 7/5/00} The Contractor shall assure the Building Inspection Division at tY permit is required and to assure completed and ready for occupancy. Occupancy, when applicable. Section amended in that the Contractor mus City's Building Inspection Departn water/wastewater meter fees and tap appropriate building inspections by the e various intervals of work for which a ~ final inspection after the building is Contractor must obtain the Certificate of 8-6-2 of the General Provisions is hereby t pay all fees and charges levied by the ent, and all other City fees, including fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent {10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%} of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of .Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the .Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A - SP (Revised 12/15/04) Page 10 of 23 A-25 Sales Tax Exemption (NOT IISED) , 4 . pra rde the Cwt ..'^ F , ~ ~ , ~ start }ate-tee , ~~-a-re~eale sew}€ieate ~ ~^: ~ ~, A-26 Supplemental Insuraace Requirements for each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: L. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor. shall provide the City Engineer with a certificate of insurance certifying that the Section A - SP (Revised 12/15/Q4) Page 11 of 23 Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. r^or each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Builder's Risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's Risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Builder's Risk insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Considerations f_or Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two .(2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. Seceioa A - SP (Revised 12/15/04} Page 12 of 23 A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administratioa Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five t5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City $ngineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five {5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. Section A - SP (Revised 12/15/04) Page 13 of 23 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the .Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major- components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual{s) authorized to execute contracts on behalf of said entity. A-31 Amended Poli on Extra Work and a Orders Under "General Provisions and Requirements for F+huiicipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. Section A - SP (Revised 12/15/04) Page 14 of 23 A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence o£ Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the 'Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 Cit Water Facilities: S ecial Re irements (NOT IISED1 , E6i3~-~'-aG-'''~9 , r i 6a.re~~far}--~'~'eg~am-v~~~e-of€ered b . ",.}'^ aka--a~g3re } F v,_ ;-}k-• re x ~iv c -1 a section A - SP (Revised 12/15/04) Page 15 of 23 ~'' EBacrcre~6~-L8~32i''S6~3i3e~ Ek3l-ts~ , 6. Ee~~~e•~e~-s~a~~--p~ev~~e . , ~s~ ~e-e~ea~~~-~a~P~ec~ .,~~ = e~ga~~. ., m rr., r 1 4, ~ -1~~-~643E'~ C~~ ^ rr na. e r ~ m F «. ~k+d~'t~~rs-s ---- -- i s. ~~., Section A - SP (Revised 12/15/04) Page lb of 23 h ~ ' , .. t-~-.~ -~e~e<a~~ a - e- ~ eet~~g t ~ -g ~ ~-~ ~ t ~ a,~ • ~ T r wer-le-~Qes--~~ ~ 9--~ _ e ~ r r r , r ~ , ,- _ - i. .., ~e ,,., , a ~ ~,.,,~ r ~ '+- ~e~~~e~ ~~t t-14~9 ~e~t~aet~~ .,.. ,.. ..~ 3 -I•k- L. ,.. ~',yte-~g-e~g~g~~-ri~cz=~-c.7"2- F ]F r c~ „a n~~e~~ze~ at ~east~ea-~- 4 . -~I2 ' e~ste~e~~~ _ . • r a~~ =~g~-e~e~t}erg t~e-~ r ~ ~,.,.ggys- ~ rr b~--I~--ma~~~a}mss a~e~'tna~e~tt---i=~~ `' ~` "' "' „~a z~'v~-cC-i crc.~~f'~~--ar~'~~2~~3 ~ rtA : l e ,^ T, ~ r s~~e-ice ~aa-fit-a~~r, ~~~~, eat}~~ate a r n th~~""4 -mac r ~e~~-at~t~ea~, a~~ eq~r~e~3t ~~3~--~~•€sz^~~ree a~-t~ce a.--~--~~exte~s ~Tate~~~~.,.~ ,.. - ~~.~e.6.graFEts tie - , s ..~... n,- ., a- -ae-}~a--~-ee~~~'e~ to 9~eca tie-~o9=a• ~ SEA---9yA~e~~--~~t~ae~ed }s-a~-tea.=~~,, F ~~.~, ,.~. vea a~~~a~e~r to tie C~t~-~~g}~ee~ w , , h.. ,~ .,a,, a, ,.; ~~ 39 r ~ ~4~te~t~e~~ ~e~~eda a~~ a€ t~ Section A - SP (Revised 12/15/04) Page 17 of 23 A-36 Othez Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1} reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or .supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on alI submittal forms. 2 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and. suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. Sectioa A - SP (Revised 12/15/04} Page 18 of 23 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A 37 Amended °Arrangemeat and Charge for Water Fuzaished by the City" NOT USSR ~..9 ~ T.1.-. t- L~. L. ~ .~7e7 4-1~ F~.l l.-. - - ...1 - -_ _ A 38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors `B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Finai Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision 8-8- 9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory NOT USED eei~ensated at~re~}t-~~iee a • ~. ,, ~,..L__ ............. A-42 OSHA Rules & Regulations It is the responsibility of the Contractors} to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hoid Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 8-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: Section A - SP (Revised 12/15/04} Page 19 of 23 The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and .agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimeasions and Drawings {7/5/00} (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1} Horizontal and vertical dimensions due to substitutions/field changes. (2} Changes in equipment and dimensions due to substitutions. (3} "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. {5} Any other changes made. A-46 Disposal of Highly Chlorinated water {7/5/00) DTOT USED , Section A - SP (Revised 12/15/04) Page 20 of 23 A-47 Pre-Construction Exploratory Sxcavatione (7/5/00) NOT USED pipeline. ~~~ ~ .. ap~~a~te sta~ien ~heree€, dieta~~ee ~e the ~a~*eme~t--e~=b~Y-' e~eir~ke~s e€ .the ~,.r ..F ~ ~ ~ ", l ~ F 7.. .. .7w •l. 4 ~ iL. , F iL..~ o l l A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 12/15/04) Page 21 0£ 23 A-50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such cost shall be addressed through a change order to the contract." Section A - SP (Revised 12/15J04) Page 22 0£ 23 SUBMITTAL TRANSMITTAL FORM PROJECT: MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SSCURTTY REPAIRS AND/OR REPLACEMENT PROJECT 4378 OWNER: CITY OF COT2PUS CHRISTI ENGINEER: BATH ENGINEERING CORPORATION CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAFTING SUBMITTAL SUBMITTAL NUMBER:. section A - sP (Revised 12/15/04) Page 23 of 23 A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES § THIS AGREEMENT is entered into this 15TH day of DECEMBER, 2009, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Malek, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $705,023.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/ GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT N0.4378 (TOTAL BASE BID + AA1 + AA2: $705,023.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and -_ instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 I II ITI V ITEM QTY Description Total Remove (3) multi-zone units and 1 constant volume unit and replace with 2 variable air volume units (VAV) with series fan powered terminal units, including new 18" roof curbs and roofing repair. Remove and replace (4) constant volume air handling .Base units. Remove and replace clogged Bid piping in the chilled and hot water piping. Install new exhaust hood for paint/work bench. Remove and replace electrical panels DPA, DPB, and a manual transfer switch in the main mechanical room. Provide connections for temporary generator. Install new secure card access system for (4) storage axeas. Install new insulated vestibule to reduce heat infiltration at rear roll-up door entrance to ~~,, workroom. All systems complete and in $ ~ ~~ place per lump sum. ALTERNATE BIDS AA1 Upgrade fire alarm panel, related detectors and A/V devices complete and in place per lump sum. $ Remove (4) exit doors and replace with (4) automatic slide exit doors. AA2 Install new pedestrian handrail on main entry steps complete and in place _ v-Q_ $~~,,j~ per lump sum. BID S'CIN~,IARY BASE BID: BASE HID + AA1 BID: BASE BID + AA1 BID + AA2 BID: $ Ca5'`~~~~3 $ ~`~ The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 210 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST . ,.~ City Secretary G'' CITY OF C RPUS CHR ST \~ By: ~ Juan Perales, Jr.,P.E. Assistant City Manager Engineering/Development Services APPROVED~(~A~S TO LEGAL FORM: By . ~~ ~' - Asst. City Attorney ~"~ I•€ Person suing ,~ •on xs not E~eside~zt, . a:op~ of anthor%z~~~oa ~~...... ~ AUTNOR1ZEd w a~ ~uwce~ .....(..1 1 .SECRETARY ~~2~ ''- By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Malek In By: e Title: CrV , P. O. BOX 6 7 9 -• ~-s (Address) CORPUS CHRISTI, TX 78403 (City) (State)(ZIP) 361/888-8281 * 361/888-7257 (Phone) (Fax) Agreement Page 2 of 2 P R O P O S A L F O R M F O R MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT .PROJECT N0. 4378 DEPARTMI^sNT OF ENGINEERING SERVICES CITY' OF CORPDS CHRISTI, TEXAS Proposal Form Page 1 of 6 P R O P O S A L Place: Date. jl -y -O~ Proposal of Meek. ~iyL a Corporation organized and existing under the laws of the State of ~~X~4 S OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT NO. 4378 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: I II III V ITEM- QTY Description Total Remove (3) multi-zone units and 1 constant volume unit and replace with 2 variable six volume units (VAV) with series fan powered terminal units, including new 18" roof curbs and roofing repair. Remove and replace (4) constant volume air handling .Base .units. Remove and replace clogged Bid piping in the chilled and hot water piping. Install new exhaust hood for paint/work bench.. Remove and replace electrical .panels DPA, DPB, and a manual transfer switch in the main mechanical room. Provide connections for temporary generator. Install new secure card access system for (4) storage areas. Install new insulated vestibule to reduce heat infiltration at rear roll-up door entrance to ~~ workroom. All systems complete and in _~1 $~5 7_~'3~ place per lump sum. ALTERNATE BIDS Upgrade fire alarm panel, related AA1 detectors and A/V devices complete and in place per lump sum. $~ Remove (4) exit doors and replace with (4) automatic slide exit doors. AA2 Install new pedestrian handrail on main entry steps complete and in place „~, v4 $ ~ '~ per lump sum. BID SUN4+7ARY BASE BID: BASE BID + AA1 BID: BASE BID + AA1 BID + AA2 BID: $ ~s~ ~ ~~3 $ ~`~ 7- The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond {as required) for the faithful performance of this contract and a Payment Bond {as required) to insure payment for all labor and materials. The bzd bond attached to this proposal, in the amount of 50 of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees. to complete the work within 210 ealendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the .above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : I - y Respectful subm tied: Name : - Ov ~~~/ By: (SEAL - IF BIDDER IS IGNATURE) a Corporation) Address : ~~~C ~ ~~/ ~G?~~~ O. Box) (Street) ~s• T~( 78ya3 (City} (State} (Zip) Telephone : ~ (~ - ~~$- ?a~j 7 NOTE: Do not detach bid from other papers. Fill in with iak and submit complete with attached papers. (Revised August 2000) P A Y M E N T B O N D STATE OF TEXAS § BOND NO. PRF08962270 COUNTY OF NUECES ~ I~TOW ALL BY THESE PRESENTS: THAT Malek, Inc. of NUECES County, Texas, hereinafter called "Principal", and FIDELITY AND DEPOSIT COMPANY OF MARYLAND " a corporation organized under the laws of the State of MARYLAND , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SEVEN HUNDRED FIVE THOIISAND, TifIENTY-THREE AND NO/100($705,023.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: "' COLONIAL AMERICAN CASUALTY AND SURETY COMPANY TH8 CONDITION OF THIS OBLIGATION IS SIICH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 15TH day DECEMBER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: MOSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/ GENERATOR AND FIRE/SEC[JRITY REPAIRS AND/OR REPLACEL~NT PROJECT N0.4378 (TOTAL SASE BID + AA1 + AA2: $705,023.00). NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED F[JRTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising .out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 21ST day of DECEMBER , 2009 PRINCIPAL MALEK, INC By: 'J~(/4 ~~/. C~ b (Print Name & Title) ATTEST SURETY FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY- By : `~ - --o__- Attorney-in-fact TAMI J DUNCAN (Print Name) Agency: SWANTNER & GORDON Contact Person: MARY ELLEN MOORE Address : P. O. BOX 870 ' CORPUS CHRISTI, TEXAS 78403 Phone N~mrber: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3f08) Payment Bond Page 2 of 2 P E R F O R M A N C E B O N D STATE OF TEXAS § BOND NO. PRF08962270 IQiON ALL BY TSESE PRESENTS: COUNTY OF NOECES § THAT Malak, Inc. of NUEC83 County, Texas, hereinafter called "Principal", and FIDELITY AND DEPOSIT COMPANY OFMARYLANq• a corporation organized under the laws of the State of MARYLAND , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of SEVEN HUNDRED FIVE THOUSAND, TNEriTY-THREE AND NO/100 ($705,023.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: `COLONIAL AMERICAN CASUALTY AND SURETY COMPANY THB CONDITION OF THIS OBLIGATION I3 SUCH TEAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 15TH of DECEMBER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: MUSEUM OF SCIENCE AND HISTORY SVAC/AIR HANDLING UNIT/CHILLER/ GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT N0.4378 (TOTAL BASE BID + AA1 + AA2: $705,023.00) NON, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FtJRTBSR, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of w hich shall be deemed an original, this the 21ST day of DECEMBER , 20 09 PRINCIPAL MALEK, INC. By: Ov ~ ~D {Print Na e & Title) ATTEST .s ~l,~e {~ v i,igr~ek 12~s l C~~~ (Print Name & Title) SURETY FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ~ ~~ ~ `-- ' B y: Attorney-in-fact TAMI J DUNCAN - (Print Name) •, . ;;. ~. , ., Agency: SWANTNER & GORDON Contact Person: MARY ELLEN MOORE - Address : P. O. BOX 870 CORPUS CHRISTI. TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 ~ > ~R CERTIFICATE OF LIABILITY INSURANCE °~; ~i° DATE (MMIDD/YYYY) E> 12/21/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF IN FORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swaatner & Gordon Ins Agcy-CC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 phone: 361-883-1711 Fax:361-844-0101 INSURER3 AFFORDING COVERAGE NAIC M INSURED ~ INSURER A: Republic L10ydS 19208 INSURER B: Republic Underwriters 24538 Malek, Inc. Attns Frank Malek INSURER C: Texas >!I<utual IRS CO 22945 PO BOx 679 i T 78403 i h INSURER D: $outhera IASUraace CO 19216A X Corpus C r st i INSURER E: COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITK)N OF ANY CONTRACT OR OTHER DOCUMENT W ITH RESPECT TO W HIGH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSUR E POLICY NUMBER DATE MMfDD/Y DATE MMR)D/YYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CDs 63 621602 12 / 31 / 09 12 / 31 / 10 PREMISES Ea oxurence $ 100 , OO 0 CLAIMS MADE ~ OCCUR ~ MED EXP (Any one person) $ 5 , O O O PERSONALBADV INJURY $ 1, OOO, OOO X Per PrOjeCt Gen A GENERAL AGGREGATE $ 2, OOO, OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS • COMP/OP AGG $ 2 , O O O , O O O POLICY X ~ECT Loc Bea. 1, 000, 000 AUT OMDBILE LIABILITY COMBINED SINGLE LIMIT 1 000 000 B X ANY AUTO BAP563621702 12/31/09 12/31/10 (Eaacddent) , , $ ALL OW NED AUTOS , / BODILY INJURY SCHEDULED AUTOS `/ (Per person) $ X HIRED AUTOS BODILY INJURY $ J( NON-OWNED AUTOS (Peracadent) PROPERTY DAMAGE (Peracadenq $ GARAGE LIABILITY AUTO ONLY • EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE S,000,OOO D X OCCUR ~ CLAIMSMAOE 0188563621802 12/31/09 12/31/~N AGGREGATE $ 5, OOO, OOO V/ $ DEDUCTIBLE S ]( RETENTION $ 1O, O S WOR AND KER EMP S COMPENSATION LOYERS' LIABILITY X TORY LIMITS ER- (,' ANY PROPRIETOR/PARTNER/EXECUTIVE~ TSF0001139713 12/31/09 12/31/10 E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED4 (MandatorylnNH) ~ E.L. DISEASE-EA EMPLOYEE $1,000,000 If yes desaibe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1, OOO, OOO A A OTHER / Installation Fltr J Rntd/Lsd i CbID563621602 CbD?563621602 .,..,Q ...~.. e,. ~.,...,ee 12/31/09 12/31/09 ~..~.... Qe~..,., oe.. 12/31/10 12/31/10 .,~~.~e Iastl Flt ~ 1, 000, 000 Ratd/Lsd 100,000 ----......-•--- ---•----~----- ---- - - - --- - --- V Project 4378. >rluseum of Scieacs and History HVAC/Air HaadlinQ Unit/Chiller/ Generator and Firs/Security Repairs and/or Replacement. Addtl Insured as required by written insured contract is favor of the Certificate Holder applicable to GL and Auto Liability policies. Waiver of Subrogation as required by written insured contract in favor of the Certificate Holder. CERTIFCATE HOLDER CANCELLATION CICC-C5 City of Corpus Christi Department of Engineering Svcs Attn: Contract AdDUnistrator PO Hox 9277 corpus Christi TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATID DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFK:ATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 25 (2009/01) ®1988-2009 ABC The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORO 25 (2009/01) Malek, Inc. QNP5636216 ;1i v ~~dditional Insured - prima Covera rY ge This endorsement changes the policy. Please read it carefully. Thls endorsement modifies insurance provided under the following: ~Cornmercial General Liability Coverage Form Schedule Name of Person or Organization: * ANY CERTIFICATE HOLDER WHO IS REQUIRED BY WRITTEN CONTRACT WZTH THE NAMED /INSURED TO BE ADDED AS AN ADDITIONAL INSURED TO THE NAMED INSURED'S GENERAL p/ LIABILITY COVERAGE. CERTIFICATES ARE ON FILE WITH YOUR AGENT. Who is an Insured (Section II) is amended to Furthermore, the following is added to paragraph 4.. include the person or organization shown in the Commercial General Liability Conditions (Section Schedule, but only with respect to such person's or IV): organization's vicarious liability for your negligent acts or omissions committed in the course of your ongoing operations performed for such person or '~~ Other Insurance organization, and excluding any negligent acts or d. The insurance provided by this omissions of such person or organization. endorsement is primary for the person or organization shown in the Schedule. Other insurance afforded to such person or organization will apply as excess and not contribute as primary to the insurance afforded by this endorsement. ;.~ ~/ ~' Kam. .i~ ,~"~ ;~: ly.. ~P .L PI)~2 IOS? '7~e 1 pf 1 tNalek, Inc. (1-~563621602 Republic Plus+ general Liability Commercial General Liability -Enhancement Endorsement This endorsement changes the policy. Please read it carefully. This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form 'Nith respect to coverage provided by this endorsement , the provisions of the Coverage Form apply unless modified by the endorsement. 1. Medical Payments 4. Non-Owned Watercraft Subject to the terms of Section III -Limits of Exclusion g. of Section I - Coverages, Coverage Insurance, the Medical Expense Limit is the A Bodily Injury and Property Damage does not higher of: apply to any watercraft under 51 feet long that is a. $10,000; or neither: b. The amount shown in the Declarations for a. Owned by you; nor P,Aedical Expense Limit. b. Being used to carry persons or property for a Under Section I -Coverages, Coverage C - charge. P.Aedical Payments, paragraph 1.a. (3), subparagraph 2, is amended to read as follows This additional insurance is excess over any other valid and collectible insurance available to the (2) The expenses are incurred and insured whether primary, excess, or contingent. reported to us within two years of the 5. Broad Notice of Occurrence date of accident 2. Supplementary Payments Increased Limits Paragraph 2.a. of Section IV - Commercial General Liability Conditions is deleted and Paragraph 1 of Section I - Coverages, replaced by the following: Supplementary Payments - Coverages A and B is a. You must see to it that we are notified as soon amended as follows: as practicable of an "occurrence" or an b. Up to $2,500 for the cost of bail bonds offense which may result in a claim. Knowledge of an "occurrence" or an offense required because of accidents or traffic law violations arising out of the use of any vehicle by your "employees" shall not, in itself, constitute knowledge to you unless your to which the Bodily Injury Liability Coverage partners, "executive officers" directors applies. We do not have to furnish these bonds , , insurance manager or risk manager shall . have actually received notice. To the extent 3. Additional Insured by Contract Agreement or possible, notice should include: , Permit (1) How, when and where the "occurrence" or Section II - 'Nho is an Insured, is amended to offense took place; include as an insured any person or organization (2) The names and addresses of any you are required by a ~.vritten contract, insured persons and witnesses; and agreement, or permit to name as an insured, but only with respect to "bodily injury" or "property dama e" arisin out f h (3) The nature and location of any injury or g g o suc person or orgarnzation's vicarious liability for your negligent damage arising out of the "occurrence" or offense. acts or omissions committed in the course of your ongoing operations performed for such person or The following is added to Paragraph 2. of Section organization, and excluding any negligent acts or IV - Commercial General Liability Conditions: omissions of such person or organizatron. e. If you fail to give us notice of an "occurrence", This insurance does not apply to such person or offense, claim or "suit", solely due to your organization unless the contract, agreement or reasonable and documented belief that the permit is made prior to when the "bodily injury" or "property damage" occurs. a; f?019 DnC i _ :~,•d,m~s !;~7nyngi~ted r.Ir~IFnal :~.ith Perm ;snn - - S.~G ;r j _ _ _ e. Malek, Lnc. ~1~1P563621602 occupied by you with permrssion of the owner, arisrng out of damage" to premises. while rented to any one fire, lightning, explosion or sprinkler leakage "occurrence". a. Coverage under this provision is affordec only until the 180`' day after you acquire ~~r form the organization or the end of the policy period, whichever is earlier, b. Coverage A does not apply to "bodily Subject to all the terms of Section III - ~ injury" or "property damage" that Limns of Insurance, the Damages to occurred before you acqu,red or formed Premises Rented to You Limit is the the organization; and greater of: c. Coverage 8 does not apply to "personal a. $250,000; or ~1 ~ and advertising injury" arising out of an offense committed before you acquired b. The amount shown in the ~ ~ or formed the organization. Declarations for Damages to Premises Rented to You Limit. 11. Blanket Waiver of Subrogation C. Paragraph 4.b.1.b. of Section IV - Commercial General Liability Conditions is amended to read (bj That is Fire, Lightning, Explosion, Sprinkler Leakage or any similar insurance coverage for premises rented to you or temporarily occupied by you with permission of the owner; or 9. Extended Property Damage Exclusion 2.a. of Section 1 -Coverages, Coverage A Bodily Injury and Property Damage is replaced by the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 10. Newly Formed or Acquired Organizations Paragraph 4. of Section II - Who is an Insured, is replaced by the following: 4. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: Section IV -Commercial General Liability / Conditions, Item S. is replaced with: J 3. Transfer of Rights of Recovery Against Others to Us and Blanket Waiver of Subrogation a. If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. If required by a written "insured contract" signed prior to an occurrence or offense, we waive any right or recovery we may have against any person or organization because of payments we make for 'bodily injury", 'property damage" or 'personal and advertising injury" arising our of your operations or work for that person or organization. Ir .AR'~y ~ ~ ..~ J ~ ,,,,,,,~ ,~,~ i ~i ~ yr ~ ••95'. ,G f?017 Gn~a - :~r~tain~ C~~pyngr`ted L18lenai :edh PgfT~SSlr,r+ ~ ,nP ~ .,~ ~ Malek, Inc. I3AP563621702 ,/ Blanket Additional Insured This endorsement changes the policy. Please read it carefully. This endorsement modifies insurance provided under the following: Business Auto Coverage Form Garage Coverage Form J Truckers Coverage Form The provisions and exclusions that apply to Liability Coverage also apply to this endorsement Where required by contract, the names and You are authorized to act for the additional insured addresses of all additional insureds on file with the in all matters pertaining to this insurance. insurer or the agent is an insured, but only with respect to legal responsibility for acts or omissions of We will mail the additional insured notice of any a person for whom Liability Coverage is afforded cancellation of this policy. If the cancellation is by us, under this policy. we will give ten days notice to the additional insured. The additional insured is not required to pay for any premiums stated in the policy or earned from the The additional insured will retain any right of policy. Any return premium and any dividend, if recovery as a claimant under this policy. applicable, declared by us shall be paid to you. rd . lY . 4 :.. , y. .. .- ~~ ~d R0050202 --- ------- Page ~ of t Malek, Inc. POLICY NUti16ER:~~~~1~~ COMMERCIAL GENERAL LIABILITY CG 02 OS 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TE~CAS CHANGES -AMENDMENT OF CANCELLATION I~ROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: d COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: ~"-. 3~LCW 2. Address: 3. Number of days advance notice: 3 0 * Information required to complete this Schedule, if not shown above, will be shown in the Declarations. * ANY CERTZFICATE HOLDER WHO IS REQUIRED BY WRITTEN CONTRACT WITH THE NAL~D INSURED TO BE ADDED AS AN ADDITIONAL INSURED TO THE NAND INSURED'S GENERAL LIABILITY CERTIFICATES ARE ON FILE WITH YOUR AGENT. ** EXCEPT 10 DAYS IN THE EVENT OF CANCELLATION FOR NON PAYMENT,pREMIUM d+ / ~,-~ - # ~x ~'' -!' r i ~ ~`' CG 02 05 12 04 ;~~ ISO Properties, Inc.. 2003 Page 1 of 1 ^ I'E 02112A C.~~CELLA't10N PROVISION OR COVERAGE CHANGE ENUORSE~tENT this endorsement modit3es insurance provided under the ti~llowing: f BUSINESS ~1U'I'O COVERAGE FORM GARAGE COVERAGE FORiN TRUCKERS COVERAGE FORM Chis endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 12/31/p9 Policv Number / ~/ • ' BAP563621Td2 ,;~~~' .,.~~ ~` Named Insured , / :V[alek, Inc. ,+~ ~ -- Countersigned by ~~~-~'"•~'~' '~ ~-;:~ ,~ ..~ (Authorized Representative) THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 :.~,.~~ Authorized Representative: _ • ;'=~ °~' ro ~~. --- .. 3 Name (Printed): ~Citle (Printed): R. M. Lee 1~ianaging Partner FORM TE 02 O2A - CANCELLA"LION PROVISION OR COVERAGE CHANGE ENDORSE~[ENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) Malek, Inc. IiAP5636217O2 Blanket Waiver of Subrogation This endorsement changes the policy. Please read it carefully. this endorsement modifies insurance provided under the following: Business Auto Coverage Form Garage Coverage Form Truckers Coverage Form ~;Vhere required by contract. Loss Conditions A.S., "Transfer of Rights of Recovery Against Others to Us", does not apply if the persons or organizations are on file with the insurer or the agent. Derr a~ .-~ Jam;?~ ~~ r:. ~ , CA R002 0202 Page 1 of 1 WORKERS COMPENSATION .1ND EMPLOYERS LL~[31LITY INSU[L1NCE POLICY WC -Il 06 U1 (E D. 7-HS) fEX~~S NO"TILE OE MA"I'ERIAL CFIANGE ENDORSEMENT This endorsement :applies only to the insurance provided by the policy because "1'eras is shown in item 3.A. of the Information Page. [n the event of cancellation ur other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 ' / 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469-9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 12/31/ Oq Policy No Insured Malek, Inc. Insurance Company WC 420601 TSF0001139713 Countersigned By: Name (Printed): Endorsement No. 3 Premium. _ - $ _ t~ R. M. Lee (Ed. 7-Sd) Title (Printedj: Managing Partner ~~ WORKERS' COMPENSATION AND EMPLOYERS ~~ LIABILITY INSURANCE POLICY M utu Insurance Company WC420304A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED , SEE INFORMATION PAGE . This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. i The following "attaching clause" need be completed only .vhen this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 12~31~~ at 12:01 A M. standard time, forms a part of Policy PJo. TSF-000 1 139713 ," 123 ~ of the Texas Mutual Insurance Company Issued to MAL EK I NC / Endorsement No. Premi~..im 3 ~ /,~ Y ______ Authorized Representative WC420304A (ED. 1-Ot-2000) AGENT'S COPY JGRODELA 12-26-2007